Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF DECEMBER 06, 2007 FBO #2201
SOURCES SOUGHT

R -- Engineering and Technical Support Services

Notice Date
12/4/2007
 
Notice Type
Sources Sought
 
NAICS
541611 — Administrative Management and General Management Consulting Services
 
Contracting Office
Contracting Center of Excellence, Army Contracting Agency (ACA), ATTN: Policy and Compliance, 5200 Army Pentagon, Room 1D245, Washington, DC 20310-5200
 
ZIP Code
20310-5200
 
Solicitation Number
W91WAW-08-T-0017
 
Response Due
1/5/2008
 
Archive Date
3/5/2008
 
Point of Contact
douglas crowley, 703-695-2563
 
E-Mail Address
Email your questions to Contracting Center of Excellence, Army Contracting Agency (ACA)
(douglas.crowley@hqda.army.mil)
 
Small Business Set-Aside
Total Small Business
 
Description
The US Army Contracting Agency, Contracting Center of Excellence (CCE), Pentagon, on behalf of the Office of the Assistant Secretary of Defense Networks & Information Integration (OASD(NII)), DOD Chief Information Officer (DOD CIO) and its customers intends to procure systems engineering and technical assistance support services as a small business set aside or under full and open competition procedures. We are seeking potential Small Business sources with the capability to serve as the prime contra ctor for support requiring the application of engineering disciplines to technically support development of new and existing OASD(NII)/DOD CIO capabilities and systems as well as significant alterations to existing systems; support integration and interfac e of existing equipment or software into different applications or platforms to support the warfighter; and support evaluation of foreign or non-developmental systems, equipments, and technologies. Specifically, the contractor will have the capability to provide qualified and experienced personnel possessing the skills, knowledge and training to perform systems engineering and technical assistance support efforts to include requirements analysis, functional analysis/allocation and design synthesis balanced by systems analysis and control to improve and support policy development, decision making, and management and administration of OASD(NII)/DOD CIO programs and activities and associated business initiatives, as well as, those activities required for movin g to an enterprise-wide/net-centric oriented life cycle alignment of resources and outputs to achieve top-down performance driven outcomes. Interested small businesses that are certified and qualified as a small business concern in NAICS code 541611 with a size standard of $6.5M are encouraged to submit their capabilities package. The expected period of performance will be for a base period of 12 months with four, 12-month option periods. Small Business respondents having the skills and capabilities necessary to perform the stated requirements are invited to provide the following information: (a) Provide a list of DOD customers within the past 3-years highlighting similar work performed. Include contract numbers, contract type, dollar value of each procurement, and brief description of the work performed. (b) Provide demonstrative information relative to past experience as well as an understanding of the requirement and ability to perform the following tasks: 1. Apply scientific methods and engineering disciplines to support a variety of engineering and technical services (Task A) 2. Provide support for the efficient and effective management and operation of OASD(NII)/DOD CIO organizations, activities, or systems (Task B) 3. Provide organized, analytical assessments and evaluations of complex issues to improve developments, decision-making, management or administration of OASD(NII)/DOD CIO processes (Task C) 4. Support a variety of studies/analyses/evaluations (Task C) Interested parties may access the DRAFT Performance Work Statement (PWS) at CCEs homepage http://dccw.hqda.pentagon.mil/services/Services.asp click on RFPs; select the desired RFP and click on the Process button. No hard copies of the RFP will be issued ; all amendments will be posted and must be retrieved from this website. Responses to the RFP must be submitted by email to the POC identified below. No solicitation mailing list will be compiled. Contractors are responsible for all costs for submitting their capability packages. POC is Mr. Doug Crowley, Contract Specialist at 703-695-2563 or douglas.crowley@hqda.army.mil or David Vroom, Contracting Officer, at 703-614-4579 or david.vroom@hqda.army.mil If at least two responsible small business concerns are determined by the government to be capable of performing this requirement based on an evaluation of the capabilities packages submitted by 12:00 PM, Eastern Standar d Time 4 January 2008, the requirement will be solicited as a 100% set-aside for small business concerns. If capability packages are not received from at least two responsible small business concerns by the response date or if the government determines th at no small businesses are capable of performing this requirement based upon an evaluation of the capabilities packages submitted, this requirement will be solicited under full and open competition procedures. E-mail responses without the aforementioned information will not be recognized as valid. Areas where a source does not have prior experience should be annotated as such. Your response is limited to 30 pages with a font size of 12 arial. NO SOLICITATION EXISTS AT THIS TIME. The government reserves the right to conduct vendor oral capabilities demonstrations to be scheduled at a later date. Capability packages are to be emailed by 12:00 PM, Eastern Standard Time (EST), 4 January 2008, to Douglas Crowley, Contracts Specialist at 703-695-2563 or douglas.crowley@hqda.army.mil No extensions will be granted and no capability statements will be considered after this closing date. No telephone submissions will be honored. For further information for this proposed action, please contact Douglas Crowley, Contracts Specialist, at douglas.crowley@hqda.army.mil or 703-695-2563. Or the Contracting Officer, David Vroom at david.vroom@hqda.army.mil or 703-614-4579.
 
Place of Performance
Address: Contracting Center of Excellence, Army Contracting Agency (ACA) ATTN: Policy and Compliance, 5200 Army Pentagon, Room 1D245 Washington DC
Zip Code: 20310-5200
Country: US
 
Record
SN01463042-W 20071206/071204225000 (fbodaily.com)
 
Source
FedBizOpps Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's FBO Daily Index Page |
ECGrid: EDI VAN Interconnect ECGridOS: EDI Web Services Interconnect API Government Data Publications CBDDisk Subscribers
 Privacy Policy  © 1994-2020, Loren Data Corp.